NTPC Limited

(A Govt. of India Enterprise)

SSC-ER-1, Barh, Patna

NOTICE INVITING TENDER (NIT)/INVITATION FOR BIDS (IFB)

FOR

“ANNUAL RATE CONTRACT FOR MAINTENANCE OF HEAVY VEHICLES AT NTPC KAHALGAON.”

(Domestic Competitive Bidding)

1.0NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0BRIEF DETAILS

3.0Tender Fee’ (non-refundable), ‘EMD/Bid Security’ shall be paid online (through payment gateway) & ‘Integrity Pact’ shall be submitted in sealed envelope separately before the stipulated bid submission closing date and time at the address given at para 10.0 below. Any bid without an acceptable ‘Tender Fee’, ‘EMD/Bid Security’, and ‘Integrity Pact’ shall be treated as non-responsive by NTPC and shall not be opened.

4.0A complete set of Bidding Documents may be downloaded by any interested Bidder. Tender fee (non-refundable) of requisite value is to be paid online (through payment gateway) up to last Date for Bid Submission in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh STPP, Patna of the cost of the Bid documents.

For logging on to the GePNIC Site, the bidder would require user id and password which can be obtained by enrolling at GePNIC site. First time users not allotted any vendor code are required to approach NTPC at least Seven working days prior to last Date for Bid Submission .

5.0 Brief Scope of Work:

ANNUAL RATE CONTRACT FOR MAINTENANCE OF HEAVY VEHICLES AT NTPC KAHALGAON..

6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN

number at the time of purchase of Bid Documents.

1.0

7.0 Qualification Requirements for Bidders-

TECHNICAL CRITERIA:

The intending bidder must have experience of having successfully executed the work of “Operation & Maintenance of Heavy Earth Moving Equipments like Dozers, Payloaders, Backhoe Loaders, Excavators etcduring preceding seven (07) years prior to the date of techno-commercial bid opening as per any of the following criteria:

I.One Executed Order valuing not less than Rs. 68.97 Lakhs (INR Sixty-eight Lakhs and Ninety-seven Thousand only).

OR

II.Two Executed Orders each valuing not less than Rs. 43.10 Lakhs (INR Forty-three Lakhs and Ten Thousand only).

OR

III.Three Executed Orders each valuing not less than Rs. 34.48 Lakhs (INR Thirty-four Lakhs and Forty-eight Thousand only).

Note:

The word “Executed” mentioned above means that the bidder should have achieved the criteria specified above within the preceding seven (07) years period, even if the total contract is started earlier and/or is not completed/ closed.

2.0FINANCIAL CRITERIA:

Turn Over: The average annual turnover of the Bidder, in the preceding three (03) consecutive financial years prior to the date of Techno-Commercial bid opening, should not be less than Rs. 86.21 Lakh (INR Eighty-six Lakh and Twenty-one Thousand only).

Note:

I.In case the bidder is not able to furnish its audited financial statements on stand-alone entity basis, the unaudited unconsolidated financial statements of the bidder can be considered acceptable provided the bidder further furnishes the following documents for substantiation of its qualification:

i)Copies of the unaudited unconsolidated financial statements of the bidder along with copies of the audited consolidated financial statements of the Holding Company.

ii)A certificate from the CEO/CFO of the Holding Company, as per the format enclosed in the bidding documents, stating that the unaudited unconsolidated financial statements form part of the consolidated financial statements of the Holding Company.

In cases where audited results for the last financial year as on the date of Techno commercial bid opening are not available, the financial results certified by a practicing Chartered Accountant shall be considered acceptable. In case the Bidder is not able to submit the Certificate from a practicing Chartered Accountant certifying its financial parameters, the audited results of three consecutive financial years preceding the last financial year shall be considered for evaluating the financial parameters. Further, a Certificate would be required from the CEO/CFO as per the format enclosed in the bidding documents stating that the financial results of the Company are under audit as on the date of Techno-Commercial bid

opening and the Certificate from the practicing Chartered Accountant certifying the financial parameters is not available.

II.“Other income” shall not be considered for arriving at annual turnover figures.

III.“Holding Company” and “Subsidiary Company” shall have the meaning ascribed to them as per Companies Act of India.

IV. For Annual Turnover indicated in foreign currency, the exchange rate as on seven (07) days prior to the date of techno-commercial bid opening shall be used.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT/IFB for the subject package without assigning any reason whatsoever and in such case no

10.0 Address for sending the Hard Copy:

Sr. Mgr (SSC-C&M)/AGM (SSC-C&M)

NTPC Ltd.

Shared Service Centre (ER-I)

PO- NTPC Barh

Dist- Patna,

BIHAR- 803215

Websites: https://eprocurentpc.nic.in/nicgep/app or

www.ntpctender.com or www.ntpc.co.in

11.0 Access to Tender Document:

This is an e-tender case without Reverse Auction. Tender documents can be

accessed / downloaded from NTPC website: https://eprocurentpc.nic.in/nicgep/app or www.ntpctender.com.

In case of any difficulty, please contact help desk no- 040 27683029, 27683027

E-Mail : support-eproc@nic.in

12.0 Tender Fee Payment:

The bidder has to submit the Tender fee through DEMAND DRAFT (Non- refundable) in favor of NTPC Ltd., Payable at SBI, NTPC Barh Campus, Barh STPP, Patna within the scheduled date and time and as mentioned at para 2.0, 3.0 and 4.0 above.

Bidder can view/download the complete set of Bid Documents as per the following procedure.

Bid Security (EMD):

Bidder has to pay Earnest Money Deposit (EMD) online (through payment gateway) in hard copy (offline) of requisite value in a separate envelope super scribing “EMD Envelope”, which must reach the office at the address mentioned at Sl. No. 10.0 before the bid submission deadline as mentioned in the e-tender of our GePNIC system.

i. “EMD Envelope” should contain the EMD of requisite value, strictly in valid form as mentioned below at sl. no. iii. a) / b) as per applicability or valid supporting document in support of seeking exemption of EMD as iii. c).

ii.If Bid Security (EMD) in Original of any agency is not received in a sealed envelope, their bid shall not be opened. If the EMD amount submitted by any agency is less than the stipulated EMD, their offer shall be rejected.

iii.EMD may be furnished in any of the following forms:

a.For EMD amount of any value:

Pay Order / Cross Demand Draft / Banker’s Cheque in favor of NTPC

Limited, payable at Patna.

b.In case EMD amount is >Rs 50,000.00 then, besides above:

Bank Guarantee (BG) from a Nationalized Bank / other banks (as per NTPC approved list) also will be acceptable. Format of BG against Bid Security and List of Banks for Bid Security are attached. BG should be unconditional and irrevocable and should be valid for a period of 45 days beyond the bid validity period. The Bank Guarantee Verification Check List duly filled in as per format attached has to be submitted in this regard. Bidder shall ensure that all the points of check list are replied in

“Yes”.

c.SSI units of Bihar / SSI units (of other states) registered with the National Small Scale Industries Corporation shall be exempted from the payment of Earnest Money Deposit. Bidders seeking exemption should submit a Photocopy of valid registration certificate preferably attested by Notary / Gazetted Officer/ Magistrate 1st class, giving details such as validity.

d.Submission of EMD is exempted from IIMs/IITs/ NITs/IISc./ CBRI/CPRI/ GSI/CWPRS/ CWC and other Govt. Institutes/agencies (excluding PSUs).

e. In case of any doubt on eligibility of such exemption/concession, bidder may get clarification from NTPC official before submission of his bid.

f. The Bid Security of all the unsuccessful Bidders will be returned after award of the Job.

g. The Bid Security shall be forfeited in any of the following circumstances by NTPC without any notice or proof of damage to the Owner:

1.If the Bidder withdraws or varies its Bid during the period of Bid validity specified by the Bidder in the Bid Proposal.

2.In case the Bidder does not accept the corrections towards the discrepancies in their bid, where ever the breakup of prices have been asked separately.

3.If any deviation, variation or additional condition etc. found anywhere in our technical and / or / Price Bid implicit or explicit, shall stand unconditionally withdrawn, without any cost implication whatsoever to employer, failing which the bid security shall be forfeited.

4.In the case of a successful bidder, if the bidder fails within the specified time limit to furnish the acceptance of Letter of Award / Purchase Order.

5.In the case of successful Bidder, if the Bidder fails, within the time limit, to furnish the required Contract Performance Guarantee in case the same is required as per conditions of the P.O / LOA.

6.If the bidder / their representative commit any fraud while competing for this contract pursuant to Fraud prevention policy of NTPC.

h.No interest shall be payable by NTPC on the Bid Security.

i.AGENCY SHALL UPLOAD PROOF OF SUBMISSION OF BID SECURITY AT THE DESIGNATED PLACE IN TENDER, ELSE, BID SHALL BE REJECTED BY NTPC AS BEING NON RESPONSIVE.

13.0No Deviation Certificate:

No deviation, whatsoever, is permitted by NTPC to any provisions of bidding Documents.

The Bidders are required to confirm acceptance of compliance to all Provisions of Bidding Documents (GTE Compliance) on line. Bidder is to upload proof/ receipt of online payment through gateway of Tender fee and EMD. Integrity Pact, if applicable is to be forwarded in separate envelope. Only after receipt of the this document on or before scheduled bid submission date, the bidder’s bid shall be opened.

14.0 Clarification on Bidding Documents:

Bidder can seek clarifications through e-mail or using GePNIC platform up to the time specified as in the Bid documents.

The queries will be replied by NTPC and posted in the GePNIC Portal. The bidders can view all queries and all answers once the same are posted in the GePNIC Portal.

Following documents must be uploaded in the GePNIC Portal, failing which the offer shall be liable for rejection:

i.Qualifying Requirement (If, required): Total credential to fulfill all the criteria as mentioned in qualifying requirement of the NIT/IFB.

ii.Technical Bid:

All TECHNICAL DATA SHEETS as per the format provided in the Tender Documents duly filled.

Any other data/information as sought in our Tender Documents.

iii.Company/Firm Details:

Document related to legal status of the Bidder (i.e., Sole Proprietorship Concern/Partnership Firm/ Private Limited Companies/ Public Limited Companies and Statutory Corporation/ Consortium/ Joint Venture), Name and address (es) of the sole proprietor / partners / Board of directors.

Memorandum and Articles of Association/photocopy of Partnership Deed/affidavit of Proprietorship.

iv.Copy of GST Registration Certificate.

v.Copy of valid independent PF code no. issued by concerned RPFC.

vi.Copy of PAN card.

vii.Copy of ESI Certificate/Undertaking for submission of ESI.

15.0Participation in the tender does not automatically mean that the bidders are considered qualified. NTPC shall evaluate the Qualifying Requirement of each bidder as per NIT after opening of Technical Bids and the bid of the bidder who is not meeting the Qualifying Requirement shall not be considered.

16.0NTPC reserves the right to reject any or all bids or cancel/withdraw the invitation for bids/IFB without assigning any reason whatsoever and in such case no bidder/intending bidder shall have claim arising out of such action.

17.0If the last date for receiving applications/ selling of bids/ date of bid opening coincides with holiday, the date will be shifted to the next working day.

18.0Tender Documents are not transferable.

19.0Package Co-coordinator:

Name: Pankaj Kumar , Designation: SR. Manager(SSC-C&M) SSC-ER-1,

Barh STPP, NTPC Barh Campus Patna, Mob: 9431600805 / E-mail – pankajkumar07@ntpc.co.in

NAME- Sh. Balram Prasad, Designation: AGM (SSC-C&M)/Contracts

Contact No.: 9415342031/ E-mail: balramprasad@ntpc.co.in

Important Notes:-

1.The ‘Integrity Pact” as per ATTACHMENT-18 (If Applicable) duly signed by the signatory authorized to sign the bid, shall be sealed in a separate envelope entitled “ATTACHMENT-18: INTEGRITY PACT failing which their Bid is liable to be rejected.